SOLICITATION NOTICE
65 -- Operating Room LED ONLY Surgical Lights for Hospital Ships
- Notice Date
- 8/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N62645-07-R-0020
- Response Due
- 8/28/2007
- Archive Date
- 9/12/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR Subpart 13.5 Test Procedures. This announcement constitutes the only solicitation and a written solicitation will not be issued. FAR Subpart 13.5 Test Procedures. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. The Request for Proposal number is N62645-07-R-0020. Proposals are due not later than 4:00 P.M. Eastern on 28 AUG 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. The NAICS Code for this procurement is 339112, with a size standard of 500 employees. This is Full and Open Competition unrestricted requirement; all qualified vendors are encouraged to submit a proposal. The US Navy seeks to establish an Indefinite Delivery Definite Quantity contract with a responsible vendor for the replacement of the existing Surgical lighting systems onboard the hospital ships, USNS Comfort and USNS Mercy. USNS Comfort requires the replacement of the current surgical lighting systems onboard the ship in 11 operating room suites; there will be 6 systems in the first order and the remaining 5 systems on a subsequent Delivery Order. The Navy also requires replacing the same make and model of surgical lights in the operating rooms of the USNS Mercy during the subsequent fiscal years. This requirement is for a total of 22 LED Only Surgical Lighting Dual Head systems for the two hospital ships over the duration of this contract, not to exceed five years from contract award. Vendor's proposed lighting system is required to meet the following minimum salient characteristics: 1) Provide focusable lighting control over an approximate 8-12 inch working area. 2) The light shall have ease of maneuverability and sufficient range of motion to cover the operating table area, but stable so that the lights do not wander due to ship vibration. 3) Retain 90% intensity at a distance of approximately 36 inches. 4) Provide 30-40? depth of field. 5) The surgical lighting system for each room shall be a dual light high intensity, white glare reducing LED only lighting system. (Using multiple LED bulb light systems). 6) Each system will consist of a dual light head system, with one light being approximately 27-30 inches in diameter and the other being approximately 20-24 inches in diameter, OR Alternatively, both lights can be equal diameter of approximately 27-30 inches. 7) Each light system shall have a variable intensity. The minimum intensity shall be at least 50,000 Lux. Specify in proposal maximum Lux of light offered. 8) Lighting system shall not generate a temperature rise exceeding 4 degrees Fahrenheit over a 2 hr time period of operation. 9) Each light shall have a minimum of 270 degree movement at all points of rotation (pitch, roll, and rotational axis). 10) Ability to Sterilize focus adjustment and positioning handle. 11) Each system will have a wall mounted dual head light intensity control system with touch pad intensity controls. 12) Each light shall have "natural lighting", which is diffused evenly for optimum shadow reduction. The color temperature shall be within 3500 Kelvin to 5000 Kelvin. 13) Must be able to fit in the current lighting system configuration aboard ship. 14) Vendor shall also be responsible for removal of the old lighting system and the complete installation of the new lights in each Operating Room. This will be considered a ?turn key? operation. Vendors may contract the installation to a third party that is certified for shipboard installations. Subcontractors shall be approved by the Contracting Officer prior to installation. 15) Lights must be 510k approved as Surgical Lights by the FDA. A current copy of the 510K Approval shall be included in the proposal. 16) Vendors shall provide operator and service manual with a parts listing with the light systems. PROPOSAL CONTENT/FORMAT: Proposals shall be submitted either via email or paper format. Proposal shall be separated into TECHNICAL and BUSINESS sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. Vendors shall submit complete proposals. EVALUATION FACTORS FOR AWARD: The technical factors, factors 1-4 below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of all technical factors. In any event, NMLC intends to award to the proposal that provides the Best Value, price and other factors considered, to the Government. 1. Design, Quality and Product Features 2. Past Performance 3. Human Factors [Includes, but not limited to, User-Friendliness, Ergonomics, Possibilities of Abuse] 4. Maintainability/Reliability 5. Price The government reserves the right to award to other than the lowest priced offeror if the Government determines that a price premium is warranted due to technical merit. The government reserves the right to award to other than the highest technically rated offeror in the event the price premium outweighs the value added by technical product features. TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including, but not limited to: product literature, specifications, features, pertinent maintenance or operator manuals, and warranty information) to allow for thorough evaluation of proposal. No pricing information shall be included in the technical proposal. 1.) Design, Quality, and Product Features - The information for each of the essential characteristics shall be submitted and clearly indicate a comply or a non-comply with sufficient details to allow a person unfamiliar with the offeror?s product to verify the solution proposed meets the requirements of the solicitation and is of benefit to the Government. Proposal shall include a description of how the offeror proposes to meet the requirements of the government, including what equipment will be provided, how it will be installed, and the time required for installation, as well as information on maintenance. Pertinent technical specifications shall be included. Any explanation of how particular designs or features benefit the government shall be included in this section. The contractor shall prove that the product offered meets the salient characteristics, and that the product conforms to the manufacturer's own specifications, standards, and quality assurance practices. Upon installation completion, the government will inspect the finished product for conformance to this solicitation. 2.) Past Performance - Offerors shall submit a list of LED Surgical Light systems sold/installed within the last 3 years, including locations, points of contact, and dates of installation, indicating which are the same make and model as the product proposed. The Government will not restrict its past performance evaluation to information submitted by offerors, but may also consider any relevant information in its possession and may contact references for additional information. Vendors having no relevant past performance shall include a statement to this fact in their technical proposal. 3.) Human factors (Includes, but not limited to, User-Friendliness, Ergonomics, Possibilities of Abuse) of the offeror?s proposed solution and how these will benefit the government. This section shall include pertinent excerpts of operator?s manuals. 4.) Maintainability/reliability of the offeror?s proposed products, and how the proposed capabilities/characteristics will benefit the government. The offeror shall provide information about the failure rate of their components, mean time between failures, life cycle cost, projected life expectancy of the products, and any other information that would benefit the government in determining reliability of this product. As part of Warranty, the offeror shall include any preventative maintenance required, if any, for the proposed system. Offeror shall include any details on system maintenance, any telephonic coverage for service, and technical response to a trouble-call for their proposed system. The lights offered shall meet the FDA 510K approval requirement by the solicitation closing date and a copy of the 510K letter shall be included in the proposal. Any proposal which does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. 5.) Price: BUSINESS PROPOSAL INSTRUCTIONS: CLIN0001: LED Surgical Light Dual Head CLIN0001AA: Qty 6 Dual Head Lights installed onboard USNS Comfort; Price: $ ______ CLIN0001AB: Qty 5 Dual Head Lights installed onboard USNS Comfort; Price: $ ______ CLIN0001AC: Qty 6 Dual Head Lights installed onboard USNS Mercy; Price: $ ______ CLIN0001AD: Qty 5 Dual Head Lights installed onboard USNS Mercy; Price: $ ______ INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clause 52.217-9, Option to Extend the Term of the Contract will be included in the resultant contract. Additionally, the following Clauses will apply: 52.216-18, Ordering; 52.219-16, Order Limitations; 52.216-20 Definite Quantity. Any vendors' questions and comments shall be addressed to richard.taylor@med.navy.mil in MSWord or Excel format not later than 1600 (4:00 PM) local 15 August 2007. Proposals shall be received not later that 4:00 PM Eastern time 28 August 2007 richard.taylor@med.navy.mil in MSWord, PDF, or Excel format. Paper proposal may be mailed to Naval Medical Logistics Command, Attn: Richard Taylor, 1681 Nelson Street, Fort Detrick, Md 21702-9203. Email is preferred.
- Place of Performance
- Address: BALTIMORE, MD, SAN DIEGO, CA
- Zip Code: 21224
- Country: UNITED STATES
- Zip Code: 21224
- Record
- SN01366286-W 20070810/070808222109 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |